Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2014 FBO #4572
SOURCES SOUGHT

Y -- Culinary Arts Multi Purpose Building Grafton Job Corps Center

Notice Date
5/30/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Labor, Employment Training Administration, Division of Job Corps Procurement Oversight - A&E Construction Branch, 200 Constitution Avenue, NW, Room N-4649, Washington, District of Columbia, 20210, United States
 
ZIP Code
20210
 
Solicitation Number
DOL-ETA-14-N-00003
 
Point of Contact
charles, Phone: 2026933702
 
E-Mail Address
strickland.charles2@dol.gov
(strickland.charles2@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
This is not a request for offer or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract for the services specified herein. Information received in response to this notice will be used to determine the availability of technically capable and otherwise responsible small business firms that express an interest in submitting offers for this anticipated procurement. Additional information regarding small business programs can be found at: http://www.sba.gov. NOTE: Telephone and/or written requests for a solicitation will not receive a response. The U.S Department of Labor/Office of Contracts Management on behalf of the Office of Job Corps, seeks a contractor to perform design-build services for a new standalone two-story 7,600 square foot culinary arts and career preparation period (CPP) multi-purpose building. Also included are miscellaneous site improvements in the form of general landscaping, connection to all utility lines, and site/security lighting for the new building. This sources sought is restricted to small businesses only. All firms submitting a written Letter of Interest MUST indicate whether they are a small business (SB), HUBZone small business (HUBZone), 8(a) small business, veteran-owned small business 9VOSB), service-disabled veteran-owned small business (SDVOSB), small disadvantaged business (SDB) or woman-owned small business (WOSB) or an economically disadvantaged women-owned small business (EDWOSB). Economically disadvantaged women owned small business is a subcategory of women-owned small business concern and is a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR Part 127 and automatically qualifies as a women-owned small business concern eligible under the WOSB Program. HUBZone and 8(a) firms should provide a copy of their certification received from the Small Business Administration. Service-disabled veteran-owned small business firms should provide a copy of their certification received from the Veterans Administration. Participation will be limited to the small business categories and sub-categories listed above. The solicitation, which will be provided via hard copy on or about 07/01/2014. For information, the NAICS code relevant to this procurement is 236220 with a small business size standard of $33.5 Million average annual revenue. The estimated price range for construction projection is between $1,000,000.00 and $5,000,000.00. Upon review of industry responses to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 8 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this Statement of Work. Who May Respond Interest in this sources sought announcement is open to certified small business contractors, relative to the primary NAICS code 236220 with a Small Business Size Standard of $33.5 Million dollars. Following review of the responses to this notice, and if the Government still plans to proceed with an acquisition, the Government will develop an acquisition strategy to determine whether the solicitation for this project will be issued as a set aside or as unrestricted competition. General contractors will be required to obtain and/or have the capabilities to provide bonding capacities that can accommodate a project with a magnitude between $1,000,000.00 and $5,000,000.00. As specified within FAR 4.1102, all interested small business General Construction firms shall be registered via the System for Award Management (SAM) internet site at https://www.sam.gov/portal/public/SAM/prior to award. SUBMISSION REQUIREMENTS: All interested general contractors shall include within their Capabilities Statement package the following information concerning their firm, but not limited to: their company's name, business address, telephone number(s), DUNS number, and small business type/status. Pertinent factors for consideration of qualifications (in order of importance) Previous projects of similar scope and value •A. Design Build Contractor has completed at least one cafeteria and one educational building project on an operating educational campus in the last five years with construction value between $1 million to $5 million. Provide previous project examples. Examples shall include the location of the project, the project owner, and a brief and concise description of the project scope. Project Location •A. Design-Build Contractor has completed three or more construction projects in the last five years indicating familiarity with local conditions and subcontracting community. Using the previous project examples identify the project location by State and City. Cost control, project schedule, safety, and quality of work A. Design-build Contractor has a proven record of excellent performance by completing projects on or ahead of time. Using the previous project examples include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project. B. Design-build Contractor has a proven record of excellent performance by reducing cost and completing projects on or below budget. Using the previous project indicate the contract award amount, the final contract value, and a percentage of change order value relative to the total construction value for each project. C. Design-build Contractor has established Safety and Quality Control procedures and protocols which are consistently applied to all projects. General Contractor has an EMR Safety Rating of less than 1. Provide EMR Safety Ratings for the past three years. D. Designer of Record should comply with state licensing requirements or be licensed in the state of Massachusetts Bonding Capabilities •A. Design-Build Contractor must have the capacity to bond a project up to $5M. All pertinent information should be included in submitted capabilities statement. If Additional technical information is required, please advise. The capability statement shall be sent by e-mail to Charles Strickland at Strickland.Charles2@dol.gov and clearly labeled with the firm name and sources sought title Culinary Arts and multi-purpose building, Grafton Job Corps Center. Submissions must be received at the office cited no later than 3:00 pm Eastern Standard Time on Friday, 13 June 2014. Questions or comments regarding this notice may be addressed to Charles Strickland at Strickland.Charles2@dol.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b248ac122b3dc12b7ce808fb406dae7c)
 
Place of Performance
Address: Grafton Job Corps Center, 100 Pine Street, North Grafton, Massachusetts 01536, North Grafton, Massachusetts, 01536, United States
Zip Code: 01536
 
Record
SN03380919-W 20140601/140531021644-b248ac122b3dc12b7ce808fb406dae7c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.